Category 2 Cabling Infrastructure

Total Page:16

File Type:pdf, Size:1020Kb

Category 2 Cabling Infrastructure

22888 Foresthill Road Foresthill, CA 95631 (530)367-2966 (530)367-4526 Fax

fusd.org

CATEGORY 2 CABLING INFRASTRUCTURE

E-Rate Year 19 (2016-2017)

RFP # 2016-102

Request for Proposals Issued: February 2, 2016

Deadline for Submittal of Proposals: March 8, 2016

Before 2:00 p.m.

Attention: Armando Gomez

Foresthill Union School District 22888 Foresthill Rd. Foresthill, CA 95631 SUMMARY

The Foresthill Union School District is soliciting quotes for cabling infrastructure at 1 school site. The projects consist of Cabling Schools to CAT6 specification (or equivalent) and upgrading Fiber backbone to 50 micron (or equivalent) for the above school sites. The District is requiring that the entire project be completed by September 30, 2017.

This project has a vendor’s meeting and walk-though, it is recommended that vendors bring a camera and measuring equi ent for gathering needed information.

Vendor’s mandatory meeting and walk-though location, date and time:

Location: Foresthill Union School District Office Address: 22888 Foresthill Road, Foresthill, CA 95603 Date: February 9, 2016 Time: 10:00 a.m.

The structured wiring shall support the services for approximately Five (5) drops per room or building location as described on attached Site Notes and Building Diagram.

Please see Appendix A for scope of work and school diagram

In Addition, Please provide the following information:

1. Length of time business has provided this type of service. 2. Manufacturer's warranty information for equipment 3. Indicate any options available. 4. Please show applicable discounts separately, if applicable. 5. Your E-Rate Service Provider Identification Number (SPIN) on your proposal. 6. An implementation timeline proposal starting April 1, 2016 (beginning with Project 1). 7. Indicate how charges will be incurred as services are implemented. 8. Evidence of Certifications 9. Vendors must include 3 reference sites using your service 3 years or more. References from school districts or county offices of education in California are preferred.

 Job Location  Contact name and telephone number  Date of contract  Project Description  Equipment/Service Installed Special Conditions:

1. Prices to remain firm through SLD approval, execution, and duration of the proposed contract. In the event of a price decrease for service or from the manufacturer, said decrease shall be passed on to the Foresthill Union School District and documented with new price sheet sent to Foresthill Union School District.

2. All equipment costs must be included and identified separately.

3. All equipment and material must be new. Used, refurbished or repurposed equipment or material is not acceptable.

4. The Board of Education reserves the right to reject any and all bids/proposals, or any or all items of any bid/proposal.

5. This RFP will be posted to the Foresthill Union School District website (http://www.fusd.org/district/erate/). Any additions or corrections will be addressed in the form of addenda posted to the same location on the website.

6. All questions regarding this RFP should be directed to Armando Gomez, [email protected], with the subject of “ERATE RFP# 2016-102 question”.

7. The Deadline for questions will be February 16, 2016 4:00 p.m.

8. Responses to all questions will be made by February 19, 2016 and will be posted on the district website.

9. It is the responsibility of the prospective bidder to check the website for updates or addenda.

10. You must provide one original and two copies of your proposal (3 total). You must also provide one digital copy (CD or flash drive) of your proposal.

11. All service providers bidding on this RFP must maintain an office within 100 miles of district. In order to provide and maintain a quick response time and support for the district.

12. No Bid form is provided for this bid. VENDOR REQUIREMENTS

The vendor must meet or exceed minimum qualification requirements.

All submitted proposals must provide at a minimum, all requested information in the proposal document. Any portion not included will be cause for elimination from the quote process. The information should be organized as indicated in the proposal requirements. The District reserves the right to eliminate from further consideration any response, which is deemed to be substantially or materially unresponsive to the RFP.

All information submitted is to be considered public knowledge and will be subject to The Public Records Act or any other applicable laws.

PROPOSAL EVALUATION

Each response will be reviewed prior to the selection process for completeness and adherence to format. A response will be considered complete if all requested sections are included in the proper order and properly completed. Vendors may also provide any and all recommendations for consideration such as installation, maintenance, support and design that is relevant to the total solution of the District’s technology needs.

Evaluation Criteria

 Costs, including unit prices, labor rates, travel/trip charges, etc.  Extent to which specifications are met if equivalent equipment is proposed.  Extent of experience with the district.  Client references and/or citations from prior installations where equal services have been provided for projects of similar size and complexities.  Quote preparation, thoroughness, and responsiveness to the RFP requirement.

The successful bidder will be chosen based upon best value. The district reserves the right to reject any or all bids.

RFP SCHEDULE

Proposal offered February 2, 2016 Walk Through 10:00 a.m., February 9, 2016 RFP/BID question deadline 4:00 p.m., February 16, 2016 RFP/BID question response 5:00 p.m., February 19, 2016 Proposal closing 2:00 p.m., March 8, 2016 Proposal opening Date of Proposal closing Selection Before 471 filing date (approximately March 2016) Award of Proposal Contingent on E-RATE Award and District Funding SPECIFIC INSTRUCTIONS & INFORMATION TO BIDDERS

1. PROPOSALS: Each proposal shall be submitted on forms supplied by District. Each proposal shall conform and be responsive to District specifications. Bidder shall furnish complete specifications and rates for all services requested. Additional pricing schedules detailing items listed on the proposal shall be attached to the proposal form.

2. DEADLINE FOR RECEIPT OF PROPOSAL: One signed original, two hard copies and one digital copy of the proposal must be submitted in sealed envelopes and should be properly identified with the proposal number and Proposals must arrive in the Foresthill Union School District Office, 22888 Foresthill Road, Foresthill, CA 95631 before 2:00 P.M., local time, March 8, 2016. Telephone, telegraphic, facsimile, emailed, and late proposals will not be accepted or considered.

3. PROPOSAL SUBMISSION REQUIREMENT: Proposals shall be submitted to the address above and labeled as follows:

RFP 2016-102 Cabling Infrastructure

It is the sole responsibility of the bidder to see that the proposal is received in proper time as stated in the Notice to Bidders. Any proposal received after the scheduled closing time for receipt of proposals will be rejected and returned to the bidder.

4. TYPEWRITTEN/WRITTEN IN INK: All prices or notations must be typed or written in ink. Proposals written with pencil will not be accepted.

5. ERASURES: The proposal submitted must not contain erasures, interlineations, or other corrections unless each such correction is suitably authenticated by affixing in the margin immediately opposite the correction the surname or surnames of the person or person signing the proposal.

6. QUOTE SEPARATELY: Quote on each item separately. Prices should be stated based on quantities/units specified on the proposal form.

7. ALL COSTS INCLUDED: All costs must be included in the bidder’s proposal. The bidder shall deliver, install, and complete an integrated system, which may include use of the District’s own existing equipment referenced herein. These specifications are meant to outline the District’s functional requirements and are not meant to be an exhaustive list of services required to accomplish these requirement.

8. TAXES AND INSURANCE: All insurance that may be required shall be included in all bid response quotations. The District is not exempt from California State sales and use taxes. The District is exempt from paying Federal Excise Taxes. California sales tax shall be included in the bid response quotations as a separate line item. 9. SIGNATURE: The proposal must be signed in the name of the bidder and must bear the signature in longhand of the person or persons duly authorized to sign the proposal. In case a proposal is submitted by a corporation, it must be signed in the name of such corporation by a duly authorized officer or agent thereof.

10. MODIFICATIONS: Changes in or additions to the proposal form, recapitulations of the work proposal upon, alternative proposals, or any modifications of the proposal form which is not specifically called for in the contract documents may result in the District’s rejection of the proposal as not being responsive to the invitation to proposal. No oral or telephonic (facsimile machine, FAX, inclusive) modifications of any proposal submitted will be considered.

11. EXAMINATION OF CONTRACT DOCUMENTS: Bidders shall thoroughly examine and be familiar with the Drawing and Specifications. The failure or omission of any bidder to receive or examine any contract documents, forms, instruments, addenda or other documents or to visit the site and acquaint himself with conditions there existing shall in no way relieve any bidder from obligations with respect to his proposal or the contract. The submission of a proposal shall be taken as “Prime Facie” evidence of compliance with this section.

12. ERROR IN PROPOSAL: Any claim by bidder of error in his proposal must be made before proposals are opened, or the claim shall be deemed waived. Any bidder may withdraw his proposal at any time before the time at which proposals are due and the Request For Proposals is closed and, having done so, no bidder will be permitted to resubmit a proposal.

13. WITHDRAWAL OF PROPOSAL: Any bidder may withdraw his proposal by written request. All proposals received by the District shall remain subject to the acceptance for a period of ninety (90) calendar days after the date of the proposal opening.

14. AWARD OF CONTRACT LIMITATION: No proposal will be accepted from or contract awarded to any party or firm in arrears to the District, or who is a defaulter as surety, contractor or otherwise.

15. EVIDENCE OF RESPONSIBILITY: Upon the request of the District, a bidder whose proposal is under consideration for the award of the Contract shall submit promptly to the District satisfactory evidence showing the bidder’s financial resources, his experience and organization available for the performance of the contract. 16. ACCEPTANCE OR REJECTION OF PROPOSALS: The Board of Education reserves the right to reject any and all proposal, or any or all items of any proposal, or waive any irregularity of any proposal. No proposal may be withdrawn for a period of ninety (90) days without written approval of the District.

17. PREVAILING LAW: In the event of any conflicts or ambiguities between these specifications and state or federal laws, regulations or rules, then the latter shall prevail.

18. BRANDS. When a particular brand or brand and number are named in connection with any item, it is named as a standard of quality and utility only. A Bidder may submit a bid to furnish an item other than that named, but the item offered by the Bidder must state in the Bid Form the brand with its number, if any, which he will furnish. The District shall be the sole judge of whether an offered item is the equal of the named item. If the Bidder fails to write in the brand and number of the item to be furnished, it is understood the bidder will furnish the item named by the District as the standard of quality and utility.

19. SAMPLES. Where the Bidder quotes on a brand named as a standard of the quality and utility desired, a sample of the item will not be required unless specifically requested. If the bid submitted is on any other brand or make than that so named, a sample thereof must be furnished, if requested, or the bid on the item will not be considered. The sample submitted shall be the exact item the Bidder proposes to furnish. Samples of items, when requested, must be furnished free of expense to the District.

20. FEDERAL OR STATE REGULATIONS. The Bidder's proposal and any contract entered into are subject to all applicable statutes of the United States or of the State and all applicable regulations and orders of the Federal or State governments now in effect or which shall be in effect during the period of such contract.

21. ASSIGNMENT PROHIBITED. No contract awarded under this proposal shall be assigned without the approval of the Board of Education. Any attempted assignment in violation of the provision shall be voidable at the option of the Board.

22. PATENT RIGHTS, COPYRIGHTS, AND TRADEMARKS. The Bidder shall save, keep, bear harmless, and fully indemnify the District and any of its officers or agents from all damages, or claims for damages, costs, or expenses in law or equity that may at any time arise or be set up for any infringement of the patent rights, copyrights, or trademarks of any person in consequence of the use by the District, or by any of its officers or agents of items to be supplied by the Bidder. 23. DELIVERY. All items shall be delivered in quantities specified in the contract F.O.B., at the points within the District as specified in the contract. Deliveries in advance of the time specified in the contract shall not be accepted unless the Bidder has obtained prior approval from the District. Unless otherwise specified, if an item is not delivered as specified in the contract or if the Bidder delivers an item which does not conform to the Specifications, the Board of Trustees may, at its option, annul and set aside the contract, either in whole or in part, and may enter into a new contract in accordance with law for furnishing such item. Any additional cost or expense incurred by the District in the making of such contract or any additional cost of supplying an item by reason of the failure of the Bidder, as described in this paragraph, shall be paid by the Bidder or his surety.

24. INSPECTION OF ITEMS FURNISHED. All items furnished shall be subject to inspection and rejection by the District for defects or non- compliance with the specifications. The cost of inspection on deliveries or offers for delivery which do not meet specifications may be deducted from the contract price.

25. INABILITY TO PERFORM. In the event that Bidder is prevented from making delivery or otherwise performing on time as specified in the contract by fire, flood, earthquake, labor or transportation problems, war, acts of government, or any other similar cause commonly known as an act of God, which is not the fault of the Bidder, the Bidder shall not be required to deliver or perform, subject to the following requirements: 25.a. The Bidder shall send written notice to the District of the Bidder's inability to perform in accordance with the contract. The notice shall contain all facts which show the condition which prevents performance. The Bidder shall send such notice as soon as possible but in no event later than the fifth (5th) day following the date of issuance of a purchase order by the District or no later than the date specified in the contract for delivery or other performance, whichever is applicable. 25.b. The District may cancel the contract or purchase order, entirely or in part. 25.c. The Bidder shall not make any delivery or otherwise attempt to perform under the contract except on the basis of issuance by the District of a new purchase order or other written instruction.

26. WARRANTY-PRODUCT. Seller warrants that all articles furnished shall be free from all defects of material and workmanship, that all articles shall be fit and sufficient for the purposes intended, and shall save, keep, bear harmless and fully indemnify the District and any of its officers, employees or agents from all damages, or claims for damages, costs or expenses in law or equity that may at any time arise from Buyers normal use. 27. EQUAL OPPORTUNITY EMPLOYMENT. Bidder, in submitting his proposal certifies that he is an Equal Opportunity Employer, and certifies that he is in compliance with the Civil Rights Act of 1964, the State Fair Employment Practice Act, and all other applicable Federal and State laws and regulations relating to equal opportunity employment, including Executive Order No. 11246 of September 24, 1965.

28. GOVERNING LAW AND VENUE :In the event of litigation, the bid documents and related matters shall be governed by and construed in accordance with the laws of the State of California. Venue shall be with the appropriate state or federal court located in Sacramento County.

29. CONTACT WITH BOARD OF EDUCATION: No business entity, including any agent of such entity, shall directly or indirectly contact any board member immediately before or during the bidding process of any project on which the business entity intends to or has submitted a bid. Any vendor violating this policy shall be deemed disqualified from bidding. Should such contact come to light after the bid is awarded and the entity was deemed the successful bidder, the Board reserves the right to cancel any contract awarded.

30. ARBITRATION: All claims of $375,000 or less which arise between the bidder and the District shall be subject to the settlement and arbitration provisions set forth in the public Contract Code Sections 20104 through 20104.8, which provisions are incorporated hereby by this reference.

31. BID PROTEST. Any bid protest by any Bidder must be submitted in writing to the District before 5:00 p.m. of the third (3rd) business day following bid opening.

31.a. The protest must contain a complete statement of any and all basis for the protest. 31.b. The protest must refer to the specific portions of all documents that form the basis for the protest. 31.c. The party filing the protest must have actually submitted a bid. A bidder may not rely on the bid protest submitted by another bidder, but must timely pursue his or her own protest. 31.d. The protest must include the name, address and telephone number of the person representing the protesting party. 31.e. The party filing the protest must concurrently transmit a copy of the protest and any attached documentation to all other parties with a direct financial interest that may be adversely affected by the outcome of the protest. Such parties shall include all other bidders or proposers who appear to have a reasonable prospect of receiving an award depending upon the outcome of the protest. 31.f.The bidder whose bid has been protested may submit a written response to the bid protest. Such response shall be submitted to the District no later than 5:00 p.m., no later than three (3) working days after the deadline for submission of the bid protest, as set forth above, and shall include all supporting documentation. Such response shall also be transmitted concurrently to the protesting bidder and to all other bidders who appear to have a reasonable prospect of receiving and award depending upon the outcome of the protest. 31.g. The procedure and time limits set forth in this paragraph are mandatory and are each bidder's sole and exclusive remedy in the event of bid protest. Failure to comply with these procedures shall constitute a waiver of any right to further pursue the bid protest, including filing a Government Code Claim or legal proceedings. 31.h. A “business day”, for purposes of this section, means a weekday during which the District’s office is open and conducting business.

32. E-RATE PARTICIPATION: The District is participating in the Federal Universal Service Discount program for schools and libraries (E-Rate), offered by the Federal Communications Commission (FCC), via the Schools and Libraries Division (SLD). The proposal and the contract negotiated implementing this proposal, are conditional and subject to full E-Rate funding by the SLD. The District reserves the right to cancel or in any manner reduce the scope of this procurement in the event the SLD does not completely fund the request for funding submitted referencing this proposal.

33. SPIN: Each vendor providing services to the District as part of the E-Rate program must have a Service Provider Identification Number (SPIN). Vendor is responsible to apply to and receive from the Schools and Libraries Division a valid SPIN. Schools and Libraries Division can be reached online at: http://www.usac.org/sl

34. RIGHT TO TERMINATE: District reserves the right to terminate this Request for Proposal and all documents associated with the Request for Proposal, including but not limited to a Letter of Intent/Letter of Agreement, in its sole discretion at any time, with or without cause, upon written notice to the other party. In the event of termination, notice shall be deemed served on the date of mailing and shall be effective immediately. The District shall not be responsible for any costs to Bidder/Contractor prior to termination.

35. RIGHT TO TERMINATE: District reserves the right to terminate this Request for Proposal and all documents associated with the Request for Proposal, including but not limited to a Letter of Intent/Letter of Agreement, in its sole discretion at any time and without cause, upon written notice to the other party. In the event of termination, notice shall be deemed served on the date of mailing and shall be effective immediately. The District shall not be responsible for any costs to Contractor prior to termination.

36. CONTRACTOR REGISTRATION SB854: All contractors and subcontractors intending to bid or perform work on public works projects will be required to meet minimum qualifications and register (and annually renew) online for the program. The cost to register for the program is $300 and is nonrefundable. The DIR will post a list of registered contractors and subcontractors on its website. Duty to notify DIR when awarding a contract for a public works project, using the online PWC-100 form. This requirement, found in Labor Code Section 1773.3, now applies to all public works projects. Previously it applied to projects subject either to apprenticeship or DIR compliance monitoring requirements. Foresthill Union School District, APPENDIX A

School Name Address City,State Zip FORESTHILL DIVIDE SCHOOL 22888 Foresthill Road Foresthill, CA 95631

Any other location within the Greater Foresthill area designated by the District

Foresthill Divide School Site notes

General notes:  All feeder pipes have new mule tape and pathways are currently established.  6 strand OM3 fiber to Gym, and Library.  12 strand OM3 fiber to Portable E and Special Needs portable.  Add innerduct where fiber is exposed.  Underground conduits do not require innerduct.  All Fiber will be fusion spliced onto SC manufactures pig tails.  Reuse existing pathways and add Ivory Panduit raceway as needed.  Add J hooks to support cabling above ceilings.  Admin has full access above ceiling through hatches.  All station cable shall be Berk-Tek Lanmark 1000 riser Cat 6 (PN 10032455 or 11074701).  All WAP cable shall be Berk-Tek Lanmark 10G2 Cat 6A (PN 1037700).  Repair, secure and complete or replace any existing race that will be used for the new cabling. All existing raceway is believed to be ivory Panduit LDxx.  Leviton modular patch panels shall be 49255-H24 or 49255-H48 as needed.  Cabinets and racks will require plywood backboards with fire retardant paint.  Leviton lifetime warranty is required for copper and fiber components.  Installation shall be completed to BICSI standards.  Power for the new IDF’s is existing or will be completed by others.  Electronic as-builts and test results will be required at the completion of the project.  Provide patch cables for every new cable, color TBD. 1’ to 3’ (as required) at IDF and 10’ at station, Cat 6 and 6A.  For each fiber cable provide (1) 1 meter and (1) 2 meter OM3 fiber jumper SC to LC configuration, Cat 6 and 6A.

New IDF locations:  Library IDF, new Hubble RE4 cabinet. 6 strand fiber approximately 675’  Gym IDF, an open rack won’t fit so add a wall mount shelf, hinged wall bracket for new patch panel and a wall mount LIU. 6 strand fiber approximately 715’.  Portable E IDF, new Hubble RE4X cabinet. 12 strand fiber approximately 425’  Special Needs classroom, new Hubble RE4 cabinet or Chatsworth Cube-it (PN 11900-724 or 11900-736). 12 strand fiber approximately 800’  Admin will require a new Chatsworth open rack (PN 11790-712 or 11790- 718) TBD. It will be mounted in the existing cabinet near existing switch and relocate existing fiber into new 1RU LIU (or reuse existing MDF LIU at this location) part number 5R1UM-F03.

MDF:  MDF will require a new rack mount LIU. Replace existing LIU with new 3RU LIU.

Per building notes:  Library o Use all existing pathways. o (5) Cables total, (3) Cat 6 and (2) Cat 6A.

 Gym o (2) Cat 6A cables total, (1) cable per each of the (2) locations o Roughly 100’ of LD10 will be needed to wrap around gym for south west WAP location.

 Science Building o Use partially existing pathways. o (5) Cables total, (3) Cat 6 and (2) Cat 6A. o The computer lab will also require additional cabling. Total cable count will be provided at the time of the job walk.

 Admin o All new J hooks will be required to establish new pathway in attic o (38) cables total, (3) Cat 6 and (2) Cat 6A to each classroom and staff locations. o Relocate existing fiber from lower cabinet to new IDF location. o Add new rack mount LIU and 24 port modular patch panel o Reuse existing conduits or add new race for the teacher locations as needed. o WAP locations shall be new.

 East portables (I, J, K, L, M) o (25) Cables total, (3) Cat 6 and (2) Cat 6A to each classroom. o Has existing pathways between buildings. o Add raceway as needed for teacher locations. o IDF will require new raceway/pathway from STC to new IDF.

 South/West Portables (E, F, G, H) o (16) Cables total, (3) Cat 6 and (1) Cat 6A to each classroom. Currently there is (1) existing cable for a 4 WAP location in each room. o Use existing 2’’ pathway between portables. o Add raceway as needed for teacher locations. o Existing modular patch panel with room for new cabling.

 South/East (P1-P4) o (8) Total Cat 6A cables (2) to each WAP location.

 South/East Portables Special Needs o (5) Cables total, (3) Cat 6 and (2) Cat 6A. o Has existing pathways between buildings. o Add raceway as needed for teacher location. o Re-terminate existing data station cabling in new cabinet on new patch panel. 22888 Foresthill Road Foresthill, CA 95631 (530)367-2966 (530)367-4526 Fax

fusd.org Letter of Agreement Foresthill Union School District and

(Name of Company)

Pursuant to the terms of Foresthill Union School District’s RFP # 2016-102 for Cabling Infrastructure (Name of Company) ’s response to RFP # 2016-102 dated (mm/dd/yyyy) , (Name of Company) will provide the equipment and services per RFP # 2016-102 effective the date of issuance of Foresthill Union School District Purchase Order(s).

(Name of Company) and Foresthill Union School District acknowledge that this agreement is for E-Rate eligible products and services, which are contingent on funding by the School and Libraries Division of USAC/FCC and the Foresthill Union School District for E-Rate Year 2016 (Year 19), and Foresthill Union School District Board of Education approval.

The Foresthill Union School District (District) reserves the right to terminate the referenced Request for Proposal (RFP) and all documents associated with the Request for Proposal, including but not limited to this Letter of Agreement, in its sole discretion at any time, with or without cause, upon written notice to the other party. In the event of termination, notice shall be deemed served on the date of mailing and shall be effective immediately. The District shall not be responsible for any costs to Bidder prior to termination.

Foresthill Union School District (Name of Company)

Authorized Representative Signature Authorized Representative Signature Date: Date: _

Name: Shannon Jacinto Name: Title: Superintendent _ Title: Address: 22888 Foresthill Road Address: Foresthill, CA 95631 Email: [email protected] Email: Phone: (530) 367-2966 Phone: VENDOR’S CERTIFICATE REGARDING WORKERS’ COMPENSATION

REQUEST FOR PROPOSAL 2016-102 FORESTHILL UNION SCHOOL DISTRICT ERATE FY 2016 (Year 19) CABLING INFRASTRUCTURE

Labor Code section 3700 in relevant part provides:

Every employer except the State shall secure the payment of compensation in one or more of the following ways:

(a) By being insured against liability to pay compensation in one or more insurers duly authorized to write compensation insurance in this State.

(b) By securing from the Director of Industrial Relations a certificate of consent to self-insure, which may be given upon furnishing proof satisfactory to the Director of Industrial Relations of ability to self-insure and to pay any compensation that may become due to his employees.

I am aware of the provisions of section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract.

Signature

Date

Name

Title

Company

(In accordance with article 5 (commencing at section 1860), chapter 1, part 7, division 2 of the Labor Code, the above certificate must be signed and filed with the awarding body prior to performing any work under this contract.) NONCOLLUSION AFFIDAVIT

REQUEST FOR PROPOSAL 2016-102 FORESTHILL UNION SCHOOL DISTRICT ERATE FY 2016 (Year 19) CABLING INFRASTRUCTURE

State of California ) )ss. County of )

_ (Name) , being first duly sworn, deposes and says that he is (title) of the (Name) party making the attached bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid.

I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct.

Executed this day of , 20 at California.

Date: Signature of Bidder E-rate Service Provider Contact Information – FY 2016 (Year 19)

REQUEST FOR PROPOSAL 2016-102 FORESTHILL UNION SCHOOL DISTRICT ERATE FY 2016 (Year 19) CABLING INFRASTRUCTURE

Vendor must provide the following information:

Person authorized to negotiate and sign the terms and conditions of any agreement between vendor and Foresthill Union School District.

Name:

Title:

Company:

Address:

City, State, Zip code:

Phone:

Fax:

Email:

Include other important contact information.

Recommended publications